Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
MODIFICATION

70 -- IBM Hardware/Server buy with upgrades

Notice Date
7/28/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Ft. Myer Drive, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
RPSO_02
 
Response Due
5/21/2010
 
Archive Date
11/17/2010
 
Point of Contact
Name: Terry Lord, Title: Contract Specialist, Phone: 703-875-4801, Fax: 1111111111
 
E-Mail Address
lordtg@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number RPSO_02. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 185408. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at http://www.sewp.nasa.gov. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-05-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Linden, NJ 07036 The Department of State requires the following items, Exact Match Only, to the following: LI 001, P/N 7870C4U HS22, Xeon 4C X5570 95W 2.93GHz/1333MHz/8MB L2, 2x2GB, O/Bay 2.5in SAS, 3, EA; LI 002, P/N 44T1887 Intel Xeon 4C Processor Model X5570 95W 2.93GHz/1333MHz/8MB, 3, EA; LI 003, P/N 49Y1431 8GB (1x8GB, 2Rx4, 1.5V) PC3-10600 CL9 ECC DDR3 1333MHz VLP RDIMM, 36, EA; LI 004, P/N 42D0677 IBM 146 GB 2.5in SFF Slim-HS 15K 6Gbps SAS HDD, 6, EA; LI 005, P/N 46M6168 Broadcom 10Gb Gen2 2-port Ethernet Exp Cd (CFFh) for IBM BladeCenter, 3, EA; LI 006, P/N 44X1945 QLogic 8Gb Fibre Channel Expansion Card (CIOv) for IBM BladeCenter, 3, EA; LI 007, P/N 44X1920 Brocade 20-port 8 Gb SAN Switch Module for IBM BladeCenter, 2, EA; LI 008, P/N 44X1962 Brocade 8 Gb SFP+ SW Optical Transceiver, 2, EA; LI 009, P/N 46C7191 BNT Virtual Fabric 10Gb Switch Module for IBM BladeCenter, 2, EA; LI 010, P/N 44W4408 10GbE 850 nm Fiber SFP+ Transceiver (SR) for IBM BladeCenter, 4, EA; LI 011, P/N 88524SU IBM eServer BladeCenter(tm) H Chassis with 2x2900W PSU, 1, EA; LI 012, P/N 31R3335 IBM BladeCenter H 2900W AC Power Module w/Fan Pack, 1, EA; LI 013, P/N 46C7191 BNT Virtual Fabric 10Gb Switch Module for IBM BladeCenter, 2, EA; LI 014, P/N 44W4408 10GbE 850 nm Fiber SFP+ Transceiver (SR) for IBM BladeCenter, 8, EA; LI 015, P/N 44W4404 BNT 1/10Gb Uplink Ethernet Switch Module for IBM BladeCenter, 2, EA; LI 016, P/N 44X1920 Brocade 20-port 8 Gb SAN Switch Module for IBM BladeCenter, 2, EA; LI 017, P/N 44X1962 Brocade 8 Gb SFP+ SW Optical Transceiver, 8, EA; LI 018, P/N 2019A1X IBM BladeCenter KVM/Advanced Management Module, 1, EA; LI 019, P/N 46M0902 IBM UltraSlim Enhanced SATA Multi-Burner, 1, EA; LI 020, P/N 25R5785 2.8m, 200-240V, Triple 16A IEC 320-C20, 2, EA; LI 021, P/N 7870C4U HS22, Xeon 4C X5570 95W 2.93GHz/1333MHz/8MB L2, 2x2GB, O/Bay 2.5in SAS, 5, EA; LI 022, P/N 44T1887 Intel Xeon 4C Processor Model X5570 95W 2.93GHz/1333MHz/8MB, 5, EA; LI 023, P/N 49Y1431 8GB (1x8GB, 2Rx4, 1.5V) PC3-10600 CL9 ECC DDR3 1333MHz VLP RDIMM, 60, EA; LI 024, P/N 42D0677 IBM 146 GB 2.5in SFF Slim-HS 15K 6Gbps SAS HDD, 10, EA; LI 025, P/N 46M6168 Broadcom 10Gb Gen2 2-port Ethernet Exp Cd (CFFh) for IBM BladeCenter, 5, EA; LI 026, P/N 44X1945 QLogic 8Gb Fibre Channel Expansion Card (CIOv) for IBM BladeCenter, 5, EA; LI 027, P/N 172317X 1U 17in Flat Panel Monitor Console Kit w/o keyboard, 1, EA; LI 028, P/N 40K5372 IBM Keyboard with Integrated Pointing Device- 3m Cable - Black - USB - US English, 1, EA; LI 029, P/N 21304RX IBM UPS 10000XHV - Rack, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 45 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. See Shipping Information for details regarding delivery. Bidders shall include total weight of shipment via supplemental bid information. Items to be used by U.S. Government Personnel at U.S. Embassy Tbilisi. All items are to include manufacturers warranty applicable for Georgia 0099397-001 Department of State 07952 Washington, DC All items are to be used in an 220V / 50Hz environment, and are to be configured accordingly (no items with external transformers will be accepted/considered)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/RPSO_02/listing.html)
 
Place of Performance
Address: Linden, NJ 07036
Zip Code: 07036
 
Record
SN02220890-W 20100730/100728235542-d0be1844a97996decf10d4e8fe0f272f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.